Packing, Containerization and Drayage of Direct Procurement Method (DPM) Personal Property Shipments
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, MICC-FT GORDON, is conducting a Sources Sought to identify qualified small businesses for Packing, Containerization, and Local Drayage of Direct Procurement Method (DPM) Personal Property Shipments. This market research aims to support military service members and their dependents in Fort Gordon, GA, and surrounding areas of Georgia and South Carolina. Responses are due by February 18, 2026, at 10:00 AM EST.
Opportunity Details
This is a Sources Sought Notice for commercial services. The Government intends to determine the appropriate acquisition method, including the possibility of a 100% Total Small Business Set-Aside, contingent on receiving responses from two or more qualified small businesses. All small business concerns, including 8(a), SDB, HUBZone, SDVOSB, and WOSB, are encouraged to demonstrate their capabilities. The anticipated NAICS code is 484210 (Used Household and Office Goods Moving) with a size standard of $34M.
Scope of Work
The requirement is for non-personal services encompassing all necessary personnel, equipment, supplies, and services for:
- Packing and containerization of DPM personal property shipments.
- Local drayage services for these shipments.
- Furnishing materials and preparing personal property (including appliance servicing) for movement or storage. The objective is to ensure high-quality and timely services for military personnel.
Contract & Timeline (Anticipated)
- Contract Type: Anticipated as a Firm-Fixed Price (FFP), Requirements Contract.
- Period of Performance: One (1) Base Year (July 1, 2026 – June 30, 2027) and four (4) 12-month option years, with one (1) additional 6-month extension, potentially ending January 31, 2032.
- Place of Performance: Fort Gordon, GA, and specified areas within Georgia and South Carolina.
- Performance Standards: Detailed in Technical Exhibit 1, with specific standards and Acceptable Quality Levels (AQLs). Penalties of 5% deduction may apply for not meeting AQLs. Customer satisfaction surveys will be a primary quality indicator.
- Special Requirements:
- Contractor must develop a Quality Control Plan (QCP) within 15 days of award.
- Personnel must conform to security regulations, including AT Level I Training, iWATCH, OPSEC, and IA/IT training.
- Minimum insurance coverage required: Workmen's compensation, comprehensive general liability, automobile liability, and cargo insurance.
- Various reports and forms are required deliverables (Technical Exhibit 2).
Submission Requirements
Interested parties must submit responses by February 18, 2026, at 10:00 AM EST. Submissions should be in Microsoft Word or PDF format via email to both primary and secondary contacts. Requested information includes:
- Firm details (Name, POC, contact info, DUNS, CAGE, small business status/certifications, NAICS, GSA Schedule).
- Interest in competing as a prime, including any subcontracting, joint venture, or teaming plans.
- Percentage of work performed by the prime and similarly situated subcontractors (referencing FAR 52.219-14).
- Types/certifications of proposed subcontractors.
- Detailed previous experience on similar requirements.
- Recommendations for structuring requirements to facilitate small business competition.
- Suggestions for improving the draft PWS/PRS.
- Identification of any conditions unnecessarily restricting competition.
Important Notes
This notice is for informational and planning purposes only and does not constitute a solicitation. The Government is not seeking quotes or proposals at this time and will not pay for information submitted. Not responding does not preclude future participation. Potential offerors are responsible for monitoring the Government-wide Point of Entry for future solicitations.
Contact Information
- Primary: Kaitlyn Lancaster (kaitlyn.d.lancaster.civ@army.mil)
- Secondary: Keosha Moss (keosha.j.moss.civ@army.mil)